Six (6) Wheel Broom Street Sweeper

expired opportunity(Expired)
From: New Mexico(State)
20-80500-22-16970

Basic Details

started - 30 Jun, 2022 (22 months ago)

Start Date

30 Jun, 2022 (22 months ago)
due - 15 Jul, 2022 (21 months ago)

Due Date

15 Jul, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
20-80500-22-16970

Identifier

20-80500-22-16970
State of New Mexico

Customer / Agency

State of New Mexico
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

30 June 2022 Six (6) Wheel Broom Street Sweeper Six (6) Wheel Broom Street Sweeper, New, Current Production Model 30 June 2022 Released 6/30/2022 8:00 AM MDT Type Invitation to Bid - Agency Price Agreement Open 6/30/2022 8:30 AM MDT Number 20-80500-22-16970 Close 7/15/2022 2:00 PM MDT Currency US Dollar Sealed Until 7/15/2022 2:00 PM MDT Payment Terms 0% 0, Net 30 30 June 2022 Contacts Tami Concha tami.concha@state.nm.us Phone +1 505-660-3671 30 June 2022 Commodity Codes Commodity Code Description 92979 Sweepers, Street, Maintenance and Repair 30 June 202230 June 202230 June 2022 NEW MEXICO GENERAL SERVICES DEPARTMENT NEW MEXICO GENERAL SERVICES DEPARTMENT mailto:tami.concha@state.nm.us Specifications: The purpose of this Invitation to Bid (ITB) is to establish a Price Agreement for Six (6) Wheel Broom Street Sweeper, New Current Production Model for the New Mexico
Department of Transportation (NMDOT) Term: The term of this price agreement shall be for one (1) year from date of award with the option to extend for a period (s) of three (3) additional years, on a year-by-year basis, by mutual agreement of all parties and approval of the New Mexico State Purchasing Agent at the same price, terms and conditions. This price agreement shall not exceed four (4) years. This Price Agreement is applicable and available for use by New Mexico Department of Transportation, New Mexico State Agencies and New Mexico Local Public Bodies. Successful bidder should be an authorized dealer and be a physically established dealership with parts and service facilities in New Mexico, with Original Equipment Manufacturer (O.E.M.) certified mechanics qualified to repair and service all aspects of engine and powertrain components. Successful bidder shall provide, at no charge, a complete additional set of replacement filters to include engine crank case, hydraulic, fuel, air induction, air dryer, Diesel Exhaust Fluid (DEF), cab air and coolant if applicable at time of delivery. Provide one (1) this laminated filter replacement list and one (1) fluid/oil specification chart for truck and B engine as well as one (1) laminated lube chart with services intervals as well as a laminated Greasing Point Chart illustrating all of the Grease Points for the Unit. Successful bidder must also provide at least three (3) complete sets of keys with each unit. They will include ignition, tanks, toolboxes and other locking mechanisms. Provide one (1) technical manual (PDF), one (1) parts book (PDF) and one (1) operator's manual with each unit delivered. Dealer preparation, conditioning and full service is required prior to delivery. Fuel tanks shall be filled to full capacity. Parameters for engine shutdown system shall be tested prior to delivery. Dealer shall provide pre-delivery inspection forms prior to the ordering agencys inspections. Fuel and DEF (Diesel Exhaust Fluid) tank, as well as all other fluid reservoirs must be filled to full capacity. All fluid reservoirs and tanks are to be labeled with quantity and type. Delivery: Deliver FOB to dealers place of business within the state of New Mexico. In the event that there are no dealers or manufacturing facilities located in New Mexico then delivery will be determined by the NMDOT. Escalation/De-escalation Clause: In the event of a product cost increase, an escalation request will be reviewed by this office and approved by State Purchasing on an individual basis. Please be aware this measure is not intended to allow any increase in profit margin, only to compensate for an actual cost increase. Price decreases as well shall apply. If the vendors prices are reduced for any reason, users shall receive the benefit of such reductions. Price increases and/or decreases will not be retroactive to orders already in-house or back-ordered. Orders will be filled at the price in effect of the date of the receipt of the order by the awarded vendor. All requests for price increases must include the following information from the vendor: 1) Agreement Item Number 2) Current Item Price 3) Proposed New Price 4) Percentage of Increase 5) Mill/Supplier Notification of price increase indicating percentage of increase including reason for increase For escalations, awarded vendor must also supply a current Letter from the Manufacture addressed to the vendor. The letter must state that they are increasing the price from the factory to the vendor, as well as the reason for the increase. For a price decrease, a letter from the vendor will be sufficient. The NMDOT upon review of an escalation or decrease request may require additional supporting documentation prior to providing a written recommendation to the SPD. Final determination on the approval or disapproval of the escalation or decrease request will be made by SPD. Method of Award: Award will go to the lowest responsible bidder meeting minimum specifications, terms and conditions. The State reserves the right to award to multiple vendors per item. Awards will be made to meet the best interests of the State of New Mexico. Bidders may submit a bid response for up to three (3) models for each item and are encouraged to do, so long as they meet the minimum specification. NMDOT does not set a limit for exceeding the minimum specifications and welcomes multiple models with different capabilities. Description Bidders submitting alternate models must submit additional items sheet(s), and page number for each alternate. Bid Review: NMDOT shall perform a bid analysis of all bids received for this Invitation to Bid, that require the technical expertise of an engineer. This includes a determination of qualification in accordance with the technical standards and requirements of the specifications. The analysis and recommendation for award will be sent to the State Purchasing Division (SPD) for final determination and awarding. Minimum Requirements: Intent of Specifications: The specifications are intended to describe equipment for use by the NMDOT, which will operate efficiently and safely. The design specifications incorporated herein are intended to describe such unit, and to set forth minimal performance parameters required by the State of New Mexico. The State reserves the right to accept minor variances in product design and/or operation offered by bidders if such acceptance is determined to be in the best interest of the State. Qualified Bidders: Bids may be accepted from manufacturers and/or factory authorized dealers who are able and willing to provide responsive service to the ordering agency during the warranty period and the extended warranty period if required. Bidders must be in a position to offer the lowest cost/highest effectiveness, completely assembled units meeting or exceeding the minimum specifications contained herein. Inspection of Work: The ordering bureau within NMDOT shall have access, at any reasonable time, to the bidder's and manufacturer's facilities for the purposes of inspection during periods of manufacture or assembly of the items to be ordered hereunder. The costs associated with such inspection trips shall be borne by NMDOT. Above noted equipment shall be delivered within one hundred and eighty (180) working days of bidder's receipt of order. If the above noted equipment is to be installed on a separate unit supplied by the user agency, then it shall be delivered within one hundred and eighty (180) working days of bidders receipt of said unit. In the event of failure of the bidder to deliver in accordance with this requirement, the bidder shall be liable to the user agency and/or the State for late delivery penalties in the amount of $25.00 per unit per day. Documented strikes, national emergencies, or acts of God are the only justification for delay in delivery. Acts of God are defined as unusual, sudden, and unexpected manifestations of the forces of nature, the effect(s) of which could not have been prevented by reasonable human foresight, plans, and care. Certificates, Manuals, and Warranties: When unit(s) are delivered, the bidder shall provide to the ordering agency (upon request): 1. a) Documents of Title, (Due upon payment to vendor) 2. b) Certificates of Origin, (Due upon payment to vendor) 3. c) Warranty and Guarantee Certificates, 4. d) Certifications specified in the contract, 5. e) Manuals specified in the contract. Guarantees and Warranties: Unit(s) furnished hereunder shall be fully warranted (bumper to bumper) on all parts and labor for a minimum of two (2) years. All powertrain components shall be fully warrantied for at least five (5) years and/or twenty five hundred (2,500) hours. In the event that a factory standard warranty exceeds our stipulated warranty, the factory standard warranty shall prevail. No deductible shall apply during the warranty period. It is understood that unit(s) offered in response to this request for bids will be of new design. In the event that unforeseen operational problems occur because of new design, the manufacturer shall warrant that it will retrofit at no cost to NMDOT, any improvements developed to correct problems of repeated or early failure in meeting acceptable performance standards for a period of one (1) year from date of delivery. Hydraulic components furnished hereunder shall be fully warranted on parts and labor for a minimum of two (2) years, or as may otherwise be required under this specification. Hydraulic Components to Be Covered: Hydraulic Pumps, Valves, Cylinders, Reservoirs and Controls. Servicing: Unit(s) ordered under this agreement shall be completely serviced and ready for operation upon delivery. Warranty Repairs: While the unit(s) provided hereunder are under warranty, all repairs shall be completed within five (5) working days after receipt of unit(s). This period may be extended at the user's option and such extension shall be documented in writing. In the event of failure to perform repairs within five (5) working days and failure to receive approval for time extension, the Vendor shall provide a like unit until repairs are completed. All repairs shall be performed at the Vendors place of business or other facility of his/her choice. Delivery of unit(s) for repair and all costs associated therewith shall be the user's responsibility. Parts Availability: All replacement parts/components required by the ordering agency for repairs of unit(s) shall be provided within five (5) working days during the warranty period. This period may only be extended at the user's option. In the event of failure to provide parts/components within the stipulated time or receipt of user/owner concurrence for extending this time, the bidder shall provide the replacement parts/components at no cost to the user/owner. Training: The Vendor will be responsible for providing a minimum of four (4) hours of service and operator training or as may otherwise be required. Training session format(s), length(s), and location(s) will be mutually agreed to between the seller and purchaser. Payment or Acceptance Not Conclusive: Vendor must supply agency with an invoice for payment. No payment made under this agreement shall be conclusive evidence of the performance of the price agreement either wholly or in part, and that no payment made for the delivery of the items in whole or in part shall be construed as an acceptance of defective work or improper materials, nor relieve the Vendor from corrections of the defects. The final acceptance shall not be binding upon the NMDOT or the State, or conclusive, should it subsequently develop the Vendor has furnished inferior items or had departed from the specifications and/or the terms of the agreement. Should such conditions become evident, the ordering agency shall have the right, notwithstanding final acceptance and payment, to cause the item(s) to be properly furnished in accordance with the specifications (and drawings, if any) at the cost and expense of the Vendor. Order of Preference: Any references herein to a particular make or model number are intended not to be restrictive, but to set forth an acceptable level of quality and design, equal or better. Options: All ordered options shall be installed if applicable. NEW MEXICO DEPARTMENT OF TRANSPORTATION MINIMUM SPECIFICATIONS Item 1: Six Wheel Broom Street Sweeper with Squeegee Style Conveyor & High Dump Hopper - New current production model Scope: This specification describes a self-propelled, street sweeper, cab over or approved equal, having a six wheel configuration, dual engine, for powering truck, propulsion and sweeping, four point zero (4.0) cubic yard high dumping hopper, automatic transmission, single steering and operator controls, conveyor, main broom, gutter brooms and pressurized water spray system. Unit shall have the capability of traveling at legal highway speeds. Chassis: Wheelbase shall be not more than one hundred nine (109) inches. To permit clearance under low hanging tree branches, the overall sweeper height shall not exceed one hundred two (102) inches. For maximum maneuverability, the sweeper shall have an outside turning radius not to exceed seventeen (17) feet seven (7) inches. Chassis shall include exhaust brake. One (1) thirty (30) gallon fuel tank shall be used for the chassis engine and shall be easily accessible without raising or shifting any components. A fuel gauge, in cab, shall be supplied. Sight tube is not acceptable Chassis Engine: Fully electronic diesel, meets Federal Emission Standards, factory installed turbo charger, minimum of two hundred fifteen (215) Society of Automotive Engineers (SAE) net engine horsepower at rated rpm. Single stage dry-type air filter. Spin-on-type oil filter(s). Fuel filter and fuel/water separator or approved equal. Engine block heater. Cold weather starting aid. Equipped with a single vertical exhaust system. A Diesel Exhaust Fluid (DEF) tank shall be provided. Cooling: Maximum cooling available. Anti-freeze protection in system to minus thirty-four (34) degrees Fahrenheit. Long life coolant or approved equal. Fuel tank: Maximum fuel capacity available. Locking lid or cap. Electrical system: Twelve (12) volt starting and charging system. Dual, maintenance free batteries, minimum of one thousand five hundred (1,500) combined Cold Cranking Amp (CCA) rating. One hundred ten (110) amp alternator. All electrical connections shall be sealed. Batteries should be located in a secure accessible environment for long life and ease of service. Chassis shall have two (2) maintenance free batteries rated at not less than one thousand five hundred (1,500) CCA total, twelve (12) volt. Chassis engine shall have a one hundred ten (110) Amperage (AMP) alternator. Chassis lighting shall include sealed multi-beam halogen head-lights, Light-Emitting Diode (LED) stop lights, LED tail lights, LED backup lights, license plate lights, clearance lights, LED signal lights, illuminated gauges and instrument panel, and LED directional lights with hazard switch. Instrumentation: Chassis left side operator instrument panel shall be chassis Original Equipment Manufacturer (OEM), full vision illuminated with tachometer, speedometer, odometer, trip odometer, hour meter, trip hour meter, fuel gauge, DEF gauge, water temperature gauge, oil pressure gauge, and volt gauge, and emission level indicator. Truck instruments shall include warning lights for battery, transmission, engine. Sweeper engine instruments shall include tachometer, hour meter, low oil pressure indicator and high coolant temperature indicator for complete information for the operator on the condition of the auxiliary engine. Dash, all console switches including transmission controls and all gauges shall be illuminated. Transmission, Axles, Wheels & Brakes: An Aisin A465 Series 6 speed (or approved equal) automatic transmission with oil heavy duty oil cooler shall be provided. The rear axle shall have a ratio of 5.57:1 for proper sweeping speeds. The seven thousand two hundred seventy-five (7,275) lb. rated front axle shall be equipped with eight thousand four hundred forty (8,440) lb. springs and shock absorbers. The fourteen thousand five hundred fifty (14,550) lbs. rated rear axle and suspension will be required. The chassis will have a rear air suspension system to provide a comfortable ride, maintain ride height during sweeping and ability to rest on the frame during dumping to ensure stability. For safety and to allow the emergency interchange of tires at a job site, front and rear tires and rims shall all be interchangeable. Tires shall be tubeless radial tires 12 ply 225/70R19.5 "F" load rated. The rear axle shall include dual tires for load capacity; singles will not be acceptable. Rims shall be 8-hole steel hub piloted 22.5 x 8.25. Parking brake shall be expanding drum on the driveline. Or approved equal. Steering: Steering shall be full power. Frame: High strength, one hundred ten thousand (110,000) Force Pounds per Square Inch (PSI). Front tow hooks. Cab: Cab over cab fully enclosed, sound suppressed, factory installed air conditioner. Factory installed heater/defroster. Seats two (2) high back, cloth or cloth seat covers. Three (3) point safety belts. Electric controlled dual, west coast type mirrors with extended frames and twelve inch (12) convex mirrors on both sides. Tinted safety glass. Complete rubber floor mat. Two-speed intermittent windshield wipers with washer. Am/Fm radio CD player. Sweeper controls: All controls shall be mounted on a fixed central console or rotating console to be located between the left and right operator positions or approved equal. Controls shall include all sweep, hopper, elevator, and lighting functions use manufacturer standard switches where applicable. Console shall include all indicators for raised hopper, camera in hopper to gauge debris level, out of level sensors to prevent raising of hopper when not level, sweeping functions, hydraulic filter restriction, air filter restriction and low water. Lighting: FMVSS and dot approved run-turn-warning-backup-stop lights. **************************************** Sweeper ********************************* Sweeper Frame: The sweeper body shall be mounted on its own sub frame and fastened to the chassis with fish plates or equal. All sweeper hydraulic and water hoses shall be routed and connected to sweeper sub frame. No routing on vehicle truck chassis frame is permitted. Sweep Engine: Minimum fifty-nine (59) Horsepower (HP) diesel engine, Environmental Protection Agency (EPA)Tier 4 Final emissions compliant. To reduce fuel consumption the sweeper shall be equipped with a load sense hydraulic system. Engine shall be equipped with a full flow oil filter and fuel filter. Dry type air intake with precleaner. Engine shall be protected by a 50/50 mixture anti-freeze/water for cold weather storage and or operation. Engine, radiator, and all auxiliary engine driven devices shall be resilient mounted through a dedicated engine frame. Safety shut down system for high coolant temperature, low oil pressure and low hydraulic oil level. Engine and front of the engine radiator shall be accessible without the use of any tools. The sweeper engine shall have a shared thirty (30) gallon fuel tank. Side Brooms: Each side broom shall be driven by a hydraulic motor directly mounted to the broom disc plate and driven by a hydraulic motor. They shall be the vertical digger type, trailing arm design. Hydraulic motors shall incorporate a relief valve for maximum pressure safety. Minimum diameter of side brooms shall be thirty-six (36) inches. To hold broom pattern regardless of up and down motion, arm suspension design shall be the parallelogram type. Must have free floating suspension to allow up/down and in/out movement to cushion impacts. Brooms shall be raised and lowered hydraulically by the operator from inside the cab while moving. Suspension and pressure control shall be hydraulic, automatic self adjusting and maintain a set pattern throughout the broom life with no input from the operator. Side brooms shall be independently operated to maintain a set pattern over all surfaces, without the use of shocks, springs, or linkages. Broom shall consist of five (5) segments on the curbside and four (4) segments on the street side, filled with tempered steel wire bristles. Each broom shall have a spotlight for night operation. Sweeper to have ability to sweep a width of one hundred fourteen (114) inches with both side brooms down. Sweeper shall be equipped with a center deflector to windrow material transferred by the side brooms. The side broom motors shall be able to apply adequate digging torque to the broom discs without stalling Hydraulic system:Maximum thirty (30) gallon hydraulic reservoir with sight gauge indicating oil level and temperature. The system shall contain one 10-micron return filter. The hydraulic pump shall be a load sense piston type that can deliver thirty-two (32) GPM at two thousand seven hundred (2,700) aux engine RPM. Auxiliary engine must power all sweeper hydraulic functions. System shall include a hydraulic oil cooler, sized to allow for continuous operation with engine at full speed. For simplicity and safety all sweeper functions shall be controlled hydraulically. Sweepers incorporating pneumatics supplied from the truck air tanks/brakes are not acceptable. NO EXCEPTIONS. Hydraulic system shall incorporate an externally mounted oil cooler with a brushless motorized electric fan. The pump shall be an axial piston type with a capacity of thirty-two (32) GPM. Gear pump systems are not acceptable. For maximum performance each valve shall be load independent. All hydraulic valves shall be equipped with manual override levers to assist in troubleshooting. Use of tools is not acceptable. Each individual hydraulic valve shall have independent flow control. For maximum system efficiency and reliability, the hydraulic system valves, pumps and valve manifold must be of the same manufacturer. Sauer-Danfoss or approved equal. Conveyor: Conveyor shall be able to load hopper to one hundred (100%) percent of rated useable capacity. Conveyor rotation, forward or reverse shall be variable independent of chassis engine RPM. Conveyor shall be capable of effectively sweeping debris of varying sizes without the need to make any adjustments to the conveyor system. Conveyor shall have flights or belt to convey debris to the hopper. Provide an audible conveyor stall alarm. Main broom: The main broom shall be not less than fifty-eight (58) inches long and not less than thirty-six (36) inches in diameter. Broom shall be driven by a hydraulic motor directly mounted to the broom core. The motor shall be protected from overpressure by the use of a relief valve. Suspension and pressure control shall be adjustable and be able to provide a range of set patterns throughout the broom life. Main broom shall be prefabricated polypropylene disposable style. Main broom shall be shielded by a hinged plastic hood. Main broom shall have a work light. Broom hood shall hinge up without the use of tools to facilitate easier broom replacement. Main broom shall be hydraulically raised or lowered by in-cab control. The main broom motor shall be able to apply adequate digging pressure the broom without stalling. To reduce repair and maintenance costs, the broom shall be direct hydraulic motor driven. The use of chain and sprocket drive systems are not acceptable. Spray water system: Tank capacity shall be not less than two hundred twenty (220) U.S. gallons (833 L). Tank shall be constructed of polyethylene. To prevent the contamination of the water supply, tank shall be equipped with an anti-siphon device Compliant to American National Standard Air gaps in plumbing systems ASME A112.12-1991. Three (3) spray nozzles at each side broom and four (4) spray nozzles on rear broom spray bar and five (5) nozzles under from bumper shall be provided. To facilitate easy cleaning, all water spray jets shall be removable without the use of tools. The main broom spray bar shall be removable without the use of tools to permit cleaning of the spray jets. Spray water pump shall be a diaphragm type to provide adequate flow and pressure to properly atomize water for efficient dust control. Water system shall be PM10 compliant per S.C.A.Q.M.D rule 1186. Fill hose: Two and one half (2-1/2) inch diameter x sixteen (16) feet fire hydrant hose with one (1) end having a hydrant coupler and one (1) end having a female cam-lock quick coupler. Hydrant wrench. Provide a twenty-five (25) feet wash down hose. Hose carrier: Install a hose carrier that will allow roll-up of hose, accessible at ground level. Hopper: Hydraulically controlled hopper door shall automatically open when the container is tilted. Door shall be a minimum thirty-six (36) inch length to center the debris while dumping. Hopper volumetric capacity shall be not less than four (4.0) cubic yards. Useable capacity not less than three point one (3.1) yards. A hopper inspection door shall be supplied. Variable dump heights, minimum eighteen (18) inches to maximum one hundred twenty (120) inches measured at the bottom of the chute. Scissor type lift with greaseless pins with single telescoping cylinder. Minimum dumping capacity of nine thousand four hundred (9,400) lbs. Sweeper shall not require jack stands and/or outriggers to stabilize chassis during dumping cycle. Units requiring this stabilization are not acceptable. Sweeper shall be equipped with level sensor to restrict hopper from raising if sitting on unlevel ground. For maximum visibility and safety during dumping, the sweeper shall dump to the side. Rear and front dump systems are not acceptable. For greater durability and longer life, the hopper scissor mechanism shall incorporate hardened pins and composite bushings. To reduce maintenance, the hopper scissor lift mechanism shall not require any maintenance or greasing. A strobe light shall be furnished on the control box to indicate when hopper is raised or approved equal. Dirt shoes: Bolt-on replaceable dirt shoes with carbide inserts. Work lights: Two (2) work lights, one (1) for each side of broom. One (1) work light for main broom. Paint: Prime and paint at factory with factory standard color. **************************************** Safety *********************************** Camera: Unit shall have camera and color LCD monitor. Installation of camera shall be determined by user. Backup alarm: Install a single sound level backup alarm with a minimum sound level of one hundred seven (107) decibels "Preco" (380) or prior approved equal. LED light bar: Federal Signal (High-Lighter LED 4543015-00003) amber front red rear, mini led light bar or approved equal permanently mounted on top of truck cab with rubber mounted metal bracket. Wired and fused separately to a heavy-duty switch. Safety lighting system: Two (2) oval amber/blue, LED. strobes mounted in metal enclosed housings, rear left/right (location to be determined by user) wired and fused separately to a heavy-duty switch. Covering and adequate ties. All electrical plugs/connections shall be coated with di-electric grease. Fire extinguisher: ten (10) pound ABC fire extinguisher mounted on a heavy-duty metal bracket. User to determine location of mounting. Slow moving vehicle emblem (SMV): Slow moving vehicle (SMV) emblem at rear. Grab handles /steps: Cab access grab handles and steps for entering and exiting cab. ***End of Specifications***

Santa Fe, NM 87505Location

Address: Santa Fe, NM 87505

Country : United StatesState : New Mexico

You may also like

Self Propelled Runway Broom

Due: 01 May, 2024 (in 2 days)Agency: DEPT OF DEFENSE

RIDE ON STREET SWEEPER

Due: 25 Oct, 2024 (in 5 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.